Loading...
HomeMy WebLinkAboutPW15-032 - Original - Aegis ITS, Inc. - Traffic Signal Contral System Replacement - 02/09/2015 Appendix C City of Kent Request for Proposals (RFP) For a Traffic Signal Management System Release Date: February 3 2014 EI I i Date Due: February 24,2014 Time Due: 3:00 p.m. Pacific Standard Time Address Responses to: City Cleric's Office Traffic Signal Management System RFP City of Kent 220 4th Avenue South Kent, WA 98032 Attention: Steve Mullen,Smullen r@i kentwa WASH1140TON I � I CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System I i Table of Contents 1.0 SUBMISSION INSTRUCTIONS AND KEY DATES..........................................................................1 1.1 Proposal Format and Preparation......................................................................................................1 1.2 Submission Instructions.....................................................................................................................1 1.3 System Vendor Clarifications and Questions.....................................................................................2 1.4 Key Dates........................................................................................................................ .................2 . 1.5 Preparation Cost.................................................................... ....... ........ ..........................................2 2.0 INTRODUCTION...............................................................................................................I...............3 2.1 Purpose of this RFP...........................................................................................................................3 2.2 About The City.................................................... ................3 2.3 Current Traffic Signal Management System Environment............................ .....4 3.0 SCOPE OF PROCUREMENT...........................................................................................................4 3.1 Software and Hardware.....................................................................................................................4 3.2 Services and Vendor Deliverables............................................................................................... 3.3 City Project Team......................... . ....................................... ..... ...... .........................................9 3.3 Implementation Schedule..................................................... .. .................... ..... ..............................9 4.1 Minimum Requirements.................... .... .. ......... . ...... ................ ........... . .......... .... ... .. ...............9 F 4.2 RFP Questions.....................................................................................................................--........10 4.3 Overall Vendor Selection Criteria ....................................................................................................10 4.4 Standard Contract Information.........................................................................................................11 I 4.5 RFP Changes or Amendments............................ .................................... ......................................11 4.6 Additional Information......................................................................................................................11 RFP Appendices A. Response Forms.......................................................................................................................A-1 B. Cost Proposal Forms................................................................................................................B-1 C. Enterprise Application and Network Diagram............. .....................................................C-1 D, Standard License and Maintenance Agreement......................................................................D-1 E. Standard Implementation Services Agreement........................................................................E-1 i I I I i .2013 i CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System 1.0 SUBMISSION INSTRUCTIONS AND KEY DATES 1.1 Proposal Format and Preparation The City of Kent(the City) is using a forms-based approach for this RFP.The objective is to ensure that the responses are in a similar order and format to better facilitate a fair and complete evaluation of responses. Vendors must electronically complete the Response Forms included in RFP Appendix A and the Cost Proposal Forms in RFP Appendix 8,which in total will comprise a vendor's proposal. Proposals(including all accompanying materials)will become the property of the City. Proposals will be held in confidence to the extent permitted by law.After award of a contract or rejection of all proposals,the proposals will be public records subject to disclosure under the applicable Washington statute. By electing to participate in this RFP process, the vendor agrees not to make a public records request for any documents or information submitted by any applicant for this Proposal or related in any way to this Proposal until contract execution is complete. 1.2 Submission Instructions All proposals should be received at the City address listed below no later than February 24, 2014 by 3:00 p.m.Pacific Standard Time. Consulting vendors are solely responsible for ensuring that proposals are delivered on time. Late proposals may not be accepted and may automatically disqualify a proposal from further consideration. The City reserves its absolute right, In its sole discretion to accept or reject any proposal not timely delivered or delivered without the required number and type of copies specified below. Electronic proposal responses, such as fax or e-mail, will not be accepted, Proposals should be sent to the City Clerk,addressed as follows: City Clerk's Office City of Kent 220 41h Avenue South Kent,WA 98032 Re: Proposal to Provide a Traffic Signal Control System Attn, Steve Mullen,Transportation Engineering Manager Completed Response Forms and Cost Proposals should be provided in separately seated packages,with each package labeled to distinguish its contents.The sealed Cost Proposal may be shipped in the same container as the Response Forms. Color is acceptable, but content should not be lost by black-and-white production. Responses will not be returned. The Response Forms package should contain the following: 1. One(1)hard copy original Response Forms,clearly marked—ORIGINAL 2. Six (6)copies of the Response Forms,clearlymarked—COPY 3. One compact disc(CD), flash drive, or other acceptable electronic storage device clearly marked —Response Forms containing: a. The response forms in MS Word version 2007 format b. The proposed project schedule in MS Project 2007 format c. All other required attachments and sample documents in PDF format The Cost Proposal Forms package should contain the following: 1. One(1)hard copy original Cost Proposal,clearly marked—ORIGINAL 2. Six (6) hard copies of the Cost Proposal,clearlymarked—COPY 3. One(1)CD or other acceptable electronic storage device clearly marked—Cost Proposal containing the cost proposal response forms in MS Excel version 2007 format 2013 1 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System 1.3 System Vendor Clarifications and Questions The City's Project Manager is the sole point of contact for this proposal.All questions concerning this procurement should be directed to smullen(&kentwa.aov.Other communications will be considered unofficial and non-binding on the City, and may result in disqualification of the system vendor. Specific system vendor questions concerning the RFP must be submitted via email and received no later than 1:00 p.m. PST on February 10, 2014.Copies of questions relevant to the RFP process, together with the City's response will be distributed to all participating system vendors. The City will post answers to the submitted questions by February 13, 2014, 11:00 a.m. PST. System vendors who seek information,clarification or interpretations from City employees without using this written submission process are advised that such material is used at the system vendor's own risk and the City shall not be bound by any such representations,whether oral or written. 1.4 Key Dates The table below summarizes the schedule for this procurement. j I 1VRFP Released February 3,2014 endor Questions Due February 10,2014 City Response to Questions Issued February 13,2014 Vendor Proposals Due February 24,2014 Finalists Selected March 6,2014 i Demonstration Scripts Sent to Finalist Vendors March 6,2014 Demonstratlon Script Questions Due to City From Vendor via Email March 10,2014 City's Response to Vendor Demonstration Script Questions Completed March 12,2014 Vendor Demonstrations March 31 —April 3,2014 City Determines Apparent Successful Vendor April 14,2014 Contracts Phase April 14-April 30,2014 Estimated Implementation Phase June 2-September 3D, 2014 1.5 Preparation Cost The City shall not be liable for any costs incurred by a vendor for preparing or submitting a proposal to the City or for any subsequent demonstrations,presentations, or other activities required by the City and related to responding to this RFP. Proposals should be prepared simply and economically, providing a straightforward, concise description of the vendor's capabilities to satisfy the proposal requirements. i 2013 2 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System 2.0 INTRODUCTION 2.1 Purpose of this RFP The purpose of this RFP is to solicit proposals to provide and install a replacement traffic signal control system, and to provide traffic signal controllers—approximately 30 units initially (with additional traffic signal controllers to be purchased if funding is available, or in future phase(s) of the management center located on the second floor of Centennial Center, at 400 West Gowe Street. The proposal includes furnishing, configuring, and placing into operation the traffic signal control system. The proposal also Includes training for traffic signal system operators and signal system maintainers. The proposal will replace approximately 30 intersection signal controllers initially and will provide for replacement of 90 additional intersection signal controllers in future phase(s)of the program. The proposal should detail how the system will be expanded with future phases of the traffic signal controller replacement program, The new system will be capable of operating fully-actuated intersection controllers independently or in coordination with other intersection controllers using time- of-day programming, system operator pattern selection, or traffic responsive pattern Selection. Subcontractors(including implementation partners) may be used to perform work under this contract. The prime vendor must be clearly identified and will be held responsible for all delivery of the requirements of this RFP and must be the single point of contact for the City. 2.2 About The City Kent is the sixth largest city in Washington with a population over 120,000. A culturally rich destination, Kent features captivating neighborhoods, award-winning parks, exceptional school districts and nationally accredited police and fire departments. In recent years, Kent has experienced impressive economic growth, and is nationally known as a prime location for manufacturing. For more information, visit KentWA.go . The City has approximately 600 full-time employees.The number of temporary employees on the payroll varies from 100 to 350.The City is a full-service municipality and includes the following departments: • Administration/Office of the Mayor City • Clerk • Economic&Community Development • Finance Services Fire • Prevention • Human Resources • Information Technology Legal • Municipal Court • Parks, Recreation and Community Services Police • Public Works • Water Utility Sewer • Utility • The City operates • over 25 facilities. I i I i I I 2013 3 i II CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System 2.3 Current Traffic Signal Controller System Environment The existing traffic control system was purchased in the 1980's and last upgraded in the early 1990's. The system file server runs on Windows NT operating system and is no longer supported. The current system is to be replaced with new signal management system software that runs on current and upgradeable PC hardware that is capable of communicating with signal controllers using twisted pair copper cable, fiber optic cables or wireless technologies, or a combination of all of them, The City of Kent primarily uses FSK and Ethernet communication protocols on a combination of copper interconnect and fiber optic cabling. Ethernet over copper is accomplished with Actelis and Zhone devices. N-TRON and RuggedCom managed and unmanaged fiber modem media converters are used on single mode and multimode fiber optic cables as needed. RFP Appendix C illustrates the City's current enterprise application and technical network architecture. I 3.0 SCOPE OF PROCUREMENT The City invites vendors to propose a traffic signal system that best meets the City's requirements, outlined in this section and detailed in Appendix A. i I 3.1 Software and Hardware The City seeks to replace its existing system with a turnkey solution that includes the following: • An"Actuated System", capable of a future upgrade to an"Adaptive System". • A Flashing Yellow Arrow(FYA)-capable system The City would like the vendor proposals to include all server hardware specifications and associated system software necessary to run the application as well as any specialized devices(e.g., handheld units)necessary for field access. 3.1.1 System Management Capabilities The new trafficsignal control system should manage a minimum of 130 signals with the capability to manage up to 300 signals. it i 2013 4 ! CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System 3.1.2 Technical Standards The City is striving to establish a standard technology set using the products and standards identified below, However, it currently supports a wider range of products in use at the City. The new system should support the following technology standards. Server Operating Systems and Databases Business Application Components Standard Database Servers Windows Server 2008 R2/2012 R2 Application Servers Windows Server 2008 132/2012 R2 Web Server Microsoft IS 7+ DBMS SOL Server 2008 132/2012 OS Virtualization VMWare vS here 5,x plication Virtualization Citrix XenApp 6.5 Network Configuration and Operating Systems Network Component Standard Network Backbone Allied Telesis Network Operatino stem Windows 2008 R2—Active Directory) Network Protocols TCP-IP 10110011000 To olo Switched Ethernet to the desktop(Ethernet II Cable Infrastructure Category 5 File and Print Services MS W indows Application Servers HP Servers(mix of standard,blades and virtues _ �t Backup CommVault Messaging Server Microsoft Exchange 2010 VPN Server NetMotion Mobility DesktoplLaptop[VDI Configuration Deskto /LaptopNDI Component Standard j Desktop PC Make and Model (Minimum HP 8300 i54 GB RAM 320 GB HD Confi uration) Desktop Operating Systems Microsoft Windows 7 64-bit Laptop(Minimum Configuration) HP6570 i5 4 GB RAM 45OGBHD Laptop in City Vehicles Panasonic CF 19 PTTT 2 GB RAM 130GB HD j !, VDI Desktop Secs(Minimum VMWare View 3GB RAM, Pooled HD,PColP client Browser _ Microsoft Internet Ex Iorer 8 Email Client Microsoft Outlook 2010 � Business Software Suite Microsoft Office 2007/2010 Smart hone Apple Phone latest version Tablet - Apple!Pad latest version Mobile Network Verizon 4G VPN Client _ NetMotion Mobility 10.0 Client 3.2 Services and Vendor Deliverables Note that the City expects the selected vendor to take the lead In the implementation of the hardware and software.The City expects that city personnel, led by the City's project manager and designated subject matter experts, will participate In the implementation effort. The role of the City's staff is to provide subject matter expertise to the vendor through the implementation process, relying on the solution provider's staff to configure the hardware and software based on their extensive experience in implementing this system in public sector settings. Accordingly,the City expects the selected vendor to supply the preponderance of the implementation labor.The City does not want a solution where the vendor's implementation approach consists primarily of training city resources on how to tailor, implement, and use the software. Specifically, the City expects vendor staff to provide a significant role in installing and configuring the hardware and software as well as to provide guidance and work collaboratively 2013 5 I i CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System with city staff to complete data conversion, interfaces,testing, and training. The proposed implementation plan should reflect these assumptions. The following details the City's desired services and associated deliverables. i Project Management Baseline Detailed Project Schedule Manage project initiation,scope,schedule A mutually agreed upon hierarchical work breakdown structure, and implementation. Monitor overall project including task schedules and resource assignments for key status and adjust for risk. implementation team members and roles. • Meetings and Status Reports Monthly project status reports containing sufficiently detailed information to enable the City to determine the status of the project and of any variance from the detailed project schedule. Hardware Specifications Hardware Specifications Provide platform specifications to the City Vendor provides hardware specifications to the City a minimum to enable preparation of the City's data of 30 days prior to the scheduled system installation, center for system installation. Installation • Installation Certification II, Certify the successful installation of the A signed document certifying that the hardware and licensed hardware and licensed software in the software has been installed in the City's Traffic Management City's Traffic Management center,and Center and meets the City's criteria for installation. confirm the test and production environments are functioning as necessary to support the implementation effort. System Testing Draft and Final Test Plans Define the approach for testing the licensed A document that: software and following city approval, 1. Defines the overall testing process, Including unit,system, conduct testing in accordance with the test plan. acceptance,field,and performance testing 2. Provides a content outline to guide development of test scripts for unit, system, acceptance,field and performance testing 3. Includes at a minimum five (5)test scripts developed by the Vendor to serve as a guideline for the City's development of remaining scripts 4. Defines a mechanism for tracking test performance and completion 5. Defines procedures for managing the test environment, including change control. '... 6. Defines procedures for assigning severity to problems encountered i I i 2013 6 i II CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System Data Conversion ° Draft and Final Data Conversion Plans Define the approach and schedule for A document that: converting historical data to the new 1. Identifies data to be converted—including mapping specific system and,following city approval,convert data sources and destinations for each field (city staff will historical data and populate fields which assist with identification of data sources) must be completed prior to productive use according to the data conversion plan. 2. Defnes necessary conversion algorithms 3. Defines roles and responsibilities(effectively using city staff resources as referenced in Section 3.4) 4, Identifies all data elements that must be populated prior to productive use(including those with no source data) 5. Provides a plan for ensuring the system Is appropriately populated with all necessary data G Provides a plan for testing the converted and populated data in the system for accuracy and consistency ° Migrated Data Ready for City Validation i The vendor delivers migrated,historical data ready for the City's validation, i i Installation Architecture Installation Architecture Specifications Concisely document the system's A document that identifies: architecture and interfaces in a manner understandable to all project participants. 1, The major components of the software and the interfaces between them 2. The major data inputs,functions to be performed,and major data outputs for each software module 3. All external interfaces, including a description of the information sent and received,and the method and timing of the interface 4. Data structrues, including defnitions for and the description of each element(e.g., name,typo, and dimension), relationships between elements(structure), range of possible values of each element, and initial values of each element 5. The server architecture upon which to run the system, including database,application, internet,and other servers and associated data storage devices i 2013 7 i CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System Training ° Draft and Final Training Plans Following City approval, conduct training in A document that: accordance with the training plan and 1. Outlines the necessary approach,classes,and associated curriculum/materials. curriculum 2. Provides training documentation 3. Identifies City attendees and Instructors 4. Provides a training schedule 5. Provides a mechanism for tracking training completion 6. Signal System User Manual I � I i I Go-Live Plan and Implementation Draft and Final Go-Live Plans Provide technical support after Go-Live, A dotailed task plan,Including a readiness checklist and '.. including identifying and correcting problems. resource assignments,to support moving the licensed software P into productive use. ' Technical Operations Manual A manual to guide city Public Works Transportation and IT staff in the technical operation and maintenance of Hardware and Licensed Software after Implementation. Includes site-specific customizations and operational considerations. 2013 8 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System 3.3 City Project Team The project team will include one project manager,and subject matter experts (SMEs)from Public Works Transportation Engineering Section. The following table outlines the estimated city resources that will be available to support the selection and implementation of the new system. Estimated City Resources Steve Mullen, PW Project Manager, Transportation Engineer Manager 130 Dan Car mail, Signal Technician _ 120 Mike Sorensen, Signal Technician 200 j Chad Bieren, City Engineer 25 Tim LaPorte, Public Works Department Director 2 Toni Mommersteeg Moore, IT Project Manager 130 Levin Conway, Transportation Operations Technical Services Analyst 40 Total 397 Vendors are encouraged to consider the City's available resources in developing the project schedule and resource estimates. 3.3 Implementation Schedule The City expects the selected vendor to begin implementation immediately following contract signing.The City anticipates the new system to be in full productive use within 6 months after implementation begins or no later than 12/l/2014. 4.1 PROCUREMENT PROCESS INFORMATION I 4.1 Minimum Requirements The City seeks qualified proposals from vendors who can meet the following minimum requirements: a A minimum of 2-3 comparable Installed sites with similar complexity of deployment Registered with Dunn &Bradstreet or other major business register e A valid Washington State UBI (or commitment to obtain a valid Washington State UBI prior to contract signing) o Must support SQL Server database platform Must have a dedicated Project Manager, approved by the City, assigned to this project with a minimum of 2-3 comparable site installations of its hardware and software application In addition, the proposed solution must meet the City's technical standards outlined in section 3.1.2 of this RFP. i 2013 9 CITY OF KENT WA Request for Proposals for a Traffic Signal Management System 4.2 RFP Questions Potential vendors may submit questions regarding this RFP to the City's Project Manager, listed on Page 1 of this RFP by the date and time Indicated in Section 1.3. 4.3 Overall Vendor Selection Criteria The City's evaluation team will assess vendor responses, cost, and strategic fit with the City's goals and traffic signal controller system requirements to identify no more than three finalists. The evaluation team will then additionally evaluate software demonstrations and other information that may be requested from vendors for these finalists only. Although the City reserves its sole right to base its selection decision on any and all information available to it during this procurement process,the following evaluation criteria will be used to guide the City evaluation team's selection. For example,the City will likely use scoring sheets at times during this evaluation process, but a high score alone will not necessarily be determinative in the evaluation process. The evaluation team reserves its unqualified right to select the solution it determines best meets the goals of the City. 4.3.1 Vendor Proposal All proposals will be initially evaluated to see if they meet the administrative requirements of this RFP.The evaluation team will then review each offer's proposal for the quality, clarity, and thoroughness of its response and evaluate them according to the following criteria: • Ability to meet technical requirements • Key staff qualifications • Ability to meet functional requirements • Implementation and training approach • Vendorexperience • Software maintenance and support • Project management approach 4.3.2 Total Cost of Ownership j Cost proposals will be evaluated based on a 10-year total cost of ownership. This must include one-time and the recurring costs of internal city operations and maintenance labor and recurring costs for hardware replacement. 4.3.3 Strategic Fit The City's evaluation team will also consider solution simplicity and overall alignment with the City's Traffic Management Center and business needs. This portion of the overall evaluation will be based on the judgment of the evaluation team members using all the information made available during this procurement process, including the additional information that may be requested from vendors as described in Section 4.8. 4.3.4 Demonstration Based on the evaluation team's evaluation of the vendor's proposal response, total cost of ownership, and strategic fit, the City will invite up to three finalist vendors to demonstrate their system onsite at the City.These demonstrations will rely on city-specific, business based scripts to be provided by the City. To score this item,the City's evaluation team will consider adherence to the scripts, functionality, ease of use,flexibility to meet the City's needs with minimum software customization, and capability to adapt to changing needs in the future. 2013 10 i I i CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System 4.4 Standard Contract Information The successful vendor(s)will be expected to execute the hardware and software license and maintenance agreement(s)and separate implementation services agreement attached and incorporated as RFP Appendices D and E.Vendors may propose amendments to these agreements, but the City, at its sole option,will decide whether to open discussion on each proposed amendment. 4.6 RFP Changes orAmendments Any RFP revisions will be issued in the form of an addendum and will be distributed to all registered vendors prior to the proposal due date. 4.6 Additional Information This request does not commit the City to retain any software or service providers,to pay costs incurred in the preparation of proposals, or to proceed with the project.The City, may, at its discretion, accept proposals that do not conform to all stated submission requirements of this RFP. The City reserves the right to reject any or all proposals,to negotiate with any qualified applicant, and to appoint more than one firm to provide services on given portions of the project. The City also reserves the right to request additional information from vendors in any manner— including a best and final offer, interview, and/or client site visit—prior to final selection, and to consider information about a firm other than that submitted in the proposal. The City may select for contract negotiations the firm that, in the City's judgment,will best meet the City's needs, irrespective of the comparison of fees and costs estimated by the vendor. f i i i 2013 11 i RFP APPENDIX A RESPONSE FORMS RFP Appendix A—Response Forms I I I I I it 2013 A-1 i� i I i CITY OF KENT Request for Proposals for a Traffic Signal Management System i APPENDIX B COSTPROPOSALFORMS The City is using a forms-based approach for this Request for Proposal (RFP). The objective is to ensure the responses are in a similar order and format to better facilitate a fair and complete evaluation of responses. I Offerors must complete each of the four worksheets in this workbook, and attach a product Invoicelorder form. The City will use this cost proposal and the cost normalization process as set out in Section 4.5.2. of the RFP to evaluate total cost of ownership. Offeror's cost proposal must be all-inclusive, including ALL software, hardware, and services required to implement a fully functional system for the City.This includes any software required to meet the functional requirements for which you responded "Alternative" (requirement met through integration with a third-party system) in Form 12- Functional Requirements of Appendix A. Itemize these costs in Table B. This also includes any services required to meet the functional requirements for which you responded"Customization" (requirement met with system modification) in Farm 12-Functional Requirements of Appendix A. Itemize these costs as Other Professional Services in Table D. All prices are to be in U.S. dollars and include all applicable taxes, freight, and other associated fees. Add more lines to the tables as necessary. Please note that offerors also must complete Appendix A-Response Forms,which � together with the cost proposal will comprise an offeror's complete proposal. Offerors must submit this cost proposal as instructed in Section 1.2 of the RFP. i Please providethe follow g contactanformatwn i Offeror Name Aegis ITS, Inc. Contact Name = Dou las Ter , P.E. Mailing Address , : 3350 E. La Palma Ave. Title b Chief Operating Officer Anaheim, CA 92606 Phohe Number 714 575-5701 f E_MdtlAddress`.--`.%" JdLerryA ae isits.com i I 7/2014 B1 i CITY OF KENT Request for Proposals for a Traffic Signal Management System I - &w,a rzQ•ihea•p ica �o is sSp' e46 W —"re-,yQu rppos g r' orerl0 s�as rle-ssa�`E�'stre_ha lien_ss, ofhvar�eoslsaye.=app` _opna�elygll3fe`dl � � s � r.�, ..=ar•:.3Y Table A.Application Software Costs Centracs ATMS v1.9 ATMS Software $ 65,366.16 $ 66,365.16 1 $ 65,365.15 $ $ $ $ $ $ $ $ $ $ $ $ $ $ - 1 $ $ $ - Sales Tax $ $ $ 6,209.69 I e a le a ov1 tl o} tcai e sf ba e r to a s ftwa ets of fn�c1 det7 fPdhe Stan atl e��figur4atlob»fs„[gqugg erppose 15' or saho in cl dey(soi aregrred fio eQ g,p' ;3 go�rrel�ne�r ts7 fi pm e� ed�,�t�tY� �Ucvr4e��-f qPu e�t r bg�tir�tegra io2�ivith ad7�pd"�Par1)`'?s�-S e �pbF�°ml 2Fii[L.fio��'aegul.en'e'h`�sof 7lppe4` `LAeYP��L .n?�t �.dls �` e.•�P* ,�" N., Table B.Other Software Costs I MS SQL Server 2012 DBMS software $ 2,810,00 $ 2,810.00 1 $ 2,810.00 Ma .Net Ma engine licensing $ 4,430.00 $ 4,430.00 1 $ 4.430.00 Navte LicensingMa licensing $ 2,061.00 $ 2,061.00 1 $ 2,061.0D Sales Tax $ $ - $ 883,60 • RRUTI.ONLB?lrGQ: ilI e ovYe t Ld e d`are pec�e� n_s'a��d ss cia eU and e�cast one cy rgpl eD;.Thcp7opi�e�ry - 3 ra* z� ` .c+ 5"�. , _._ ' -. ,1.�}.ilS.. y �.z. ,a...l_� Table C.Hardware Costs 1 I� , P Econolite Controller Traffic Signal Controller $ 3,060.00 $ 3,060.00 3D $ 91,800.00 $ $ $ $ - $ $ - $ $ $ $ $ $ $ $ $ Sales Tax $ $ - $ 8,721.O0 I 712014 Aegis Proprietary and Confidential B-2 CITY OF KENT RFP Appendix B Request for Proposals for a Traffic Signal Management System d�at'e e inisas c-orr�espo d"tl�tb ,?Uve�atel sd� e�7bectior3. y2:of eRF�P���"�� - � ��;:;�. i Table D.Professional Services 1.Baseline Detailed Project Work Plan 16 $ 228.63 $ 3,658.00 2. Hardware Specifications 8 $ 106.75 $ 854,00 3. Project Status Reports 64 $ 228.64 $ 14,633.00 4. Installation Certification 8 $ 106.75 $ 854.00 5. S stem Configuration Reports 40 $ 116.45 $ 4,658.00 6.Configured Software Ready for Test 48 $ 100.60 $ 4,829.00 l 7.Test Plan 40 $ 123.78 $ 4,951.00 8. Data Conversion Plan 16 $ 106.69 $ 1,707,00 9. Migrated Data Ready for City Validation 90 $ 88.41 $ 7,957.00 10. Interface Specifications 0 $ - 11. Interfaces Ready for Test 0 $ - 12. Installation Architecture Specification 20 $ 131.10 $ 2,622.00 13.Training Plan 8 $ 106.75 $ 854.00 14.Training 40 $ 106.70 $ 4,268.00 15. Site Customization Document 16 $ 97.56 $ 1,561.00 16. Go-Live and Stabilization Plan 12 $ 147,33 $ 1,768.00 17.Template Tools for Documenting Business Processes 0 $ - 18.0 erations Manual 8 $ 88,38 $ 707.00 19, Stabilization Services 0 $ Flexible-use hours2 160 $ 140.24 $ 22,438.00 Other: it 3 $ $ $ $ $ $ $ $ $ $ $ $ $ $ Sales Tax $ - $ 7,440.31 Blended rate equals the total cost divided by the total hours 'Contingency hours that may be used under the direction of the City 'Include all additional services required to meet the functional requirements for which you responded "Customization" (requirement met with system modification)in Form 12-Functional Requirements of Appendix A. 7/2014 Aegis Proprietary and Confidential B-3 I CITY OF KENT RFP Appendix B Request for Proposals for a Traffic Signal Management System �p e, a oV„�i orsby-4Jygt sorFs „ q s,to Mal ines� c"1�ssa,r Iheto3 ostnp �ab _s�on1dquhe oal`�»"' i nalsrvos' bl Table E.Staffing Rates Nick Ulman,Senior Associate $ 228.65 144 $ 32,925.30 Donnie Smith, System Support Engineer $ 137.19 40 $ 5,487.60 Keonl Wasano, ITS Engineer $ 106.70 200 $ 21,340.00 Chris Flores, ITS Engineer $ 88.41 210 $ 18,566.10 $ $ Sales Tax 594 $ 7,440.31 j� et7e131e belo otr of etlespma[e'f61a1�e1ae4rav e eresd l5oi�ies a$ +- `� `r ''ice=- .0 Table F.Estimated Travel Expenses � r r Alrfare Assumes 7 flights total $ 4.398.00 Hotel Assumes 28 hotel nights $ 5,277.00 Meals Assumes 35 person days $ 2,814.00 Ground transportation Assumes 35 person days $ 2,419.00 Sales Tax F$p 1,4;q16�...n24E6 zzsm���iS� fi�aLV,: Ir_ htb'� �i�s r no�b�¢e �d�timat$'�dr a rf�a id't onaidm�ementa`t o`nYc�osts �g��i`ra�i g�`��� �I Table G.Other Implementation Expenses $ I $ - I I I 7/2014 Aegis Proprietary and Confidential B-4 . . . . . . . . . . . . . . . . . L I \ � R . � } I k _ � / ' { y co 0 ; � \ { / ) 0 # $ > o 6 ( \ >aaa e ! M � i I CITY OF KENT Request for Proposals for a Permit Management Solution RFP Appendix B-Total Cost he ._.,_.�r' elowtylease a1lri�eleit��rtotalpraezL e�n�recurrrng_.- ,�j��ur,resp-''se����u��x1 ', Table 1.One-Time Costs �I Table A.Application Software Costs $ 65,365.15 Table B. Other Software Costs $ 9.301.00 Table C. Hardware Costs $ 91,800.00 - $ 166,466.15 ',.. $ 15,614,28 Table O, Professional Services $ 78,319.00 Table F.Estimated Travel Expenses $ 14,908.00 Table G.Other Implementation Expenses $ - $ 93,227.00 $ 8,856.57 Table J.Recurring Costs Application Software $ 131,591.00 Other Software $ Other Annual Fees $ Other Costs $ _ • • s e $ 415,955.00 it I I I ' � I I 712014 Aegis Proprietary and Confidential B-6 '.. II Appendix C CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System ata - ��'C� +( e j�j y4 "`Er - P,aP� �! LF ... gLkIrF` ,CS _ " �.._? _i ~-• l Iu[ersecHmt Inters Hon { Con[rollers Model t Controllers 820A Mode1R20A,090 I }f I I I I 25 PRCopper i 25 PR Capper � � 5 � ---r 20 FSR Mudems ¢--� 1 �~CRT Vksual _ II � DisP1aY � A I� r eNets'vgeR, - Pr essor Units li Dial Up Remote M InProces nrs (6ad�NPU Termtnal-1200 &Peripheral ---tom Manag t Baud Igterface�C c Up[o}es6 f ❑ktei•seitioq ---- C ntioSlers, , I i k I{eyboerd& fl[PFi er Manftor f R f rencc rlodc 2014 C-1 i I CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System RFP APPENDIX D -- STANDARD SOFTWARE LICENSE AND MAINTENANCE AGREEMENT 1.0 Definition of Terms —Agreement means this Software License and Maintenance Agreement,including all of its Appendices and all Instruments supplementing,amending,or confirming this Agreement. —City means the city of Kent,Washington. —Confidential Information means anydata,files,software,information or materials(whether prepared by City or its agents or advisors)in oral, electronic, tangible or intangible form and however stored, compiled or memorialized, that Is classified confidential as defined by City Classification and categorization guidelines: (a)provided by City to Contractor or a Contractor agent or otherwise made available to Contractor or a Contractor agent in connection with this Agreement, or(b)acquired,obtained or learned by Contractor or a Contractor agent in the performance of this Agreement. Examples of confidential information include, but are not limited to:technology, permit data,financial data, payroll data, trade secrets,equipment specifications, user lists, passwords, research data,and technology data(infrastructure, architecture, operating systems, security tools. IP addresses, etc).The following information shall not be considered confidential information: information previously known to be public information when received from the other party; information freely available to the general public; information which now is or hereafter becomes publicly known by other than a breach of confidentiality hereof; or information which is disclosed by a party pursuant to subpoena or other legal process and which as a result becomes lawfully obtainable by the general public. —Contractor means Aegis ITS and its successors. —Cure Period means the forty-five(45)day period that begins when either party receives notice of a breach of the terms and conditions of this Agreement. —Documentation means all help screens,or other documentation describing the operation of the Licensed Software, which are delivered (in printed or electronic form)with the Licensed Software by Contractor, any subsequent updates and new Releases of that documentation provided to City by Contractor, and any copies of that documentation. Documentation excludes all advertising, marketing materials, requests for proposal, proposals,demonstration materials and other promotional information. —Hardware means the computing equipment upon which the Licensed Software operates. —Go-Live means the date upon which City first uses the Licensed Software for Productive Use. --Licensed Software means Contractor's proprietary application software identified in the order form (Exhibit B of this Agreement),including all modifications and enhancements thereof. —Licensed User means a person who is authorized by the City to use the Licensed Software and who has an ID (profile)and password. —Maintenance means the type and level of maintenance and support services described in Section 3 of this Agreement. —Malfunction means a defectof the Licensed Software thatdegrades its use.Three levels of Malfunction classifications(Type A,Type B, and Type C)are defined in Section 3.3 of this Agreement. I —Material Malfunction means an error,bug,ordiscrepancy thatdelays or inhibits the primary functionality of the Licensed Software or a Malfunction that has the potential to corrupt software 2014 CITYOF KENT,WA j Request for Proposals for a Traffic Signal Management System i data;also an accumulation of non-material Malfunctions that, considered together, satisfies the standard for materiality. Material Malfunction Includes all Type A Malfunctions as defined in the Minimum Support Requirements. —Productive Use means the Licensed Software is being used by City in a production environment. —Release means each issuance of the Licensed Software,identified by the numeral to the left of the leftmost decimal point in the Licensed Software's version designation (i.e.,5.1.0 designates the Licensed Software as part of Release 5). —Software Final Acceptance means the date upon which City certifies that the Licensed Software is functioning in Productive Use, for all Intended users, without Malfunction,after all acceptance testing, including final acceptance testing, is complete. Software Support Services means that the support services are generally technical support or brealdfix services that are delivered for specific software products. These services include revenue derived from long-term technical-support contracts or pay-as-you-go, incident-based support. Software support services typically include remote troubleshooting capabilities, installation assistance and basic usability assistance. Remote troubleshooting capabilities may be delivered via telephone and online communication media or without human assistance through automated means that reside on the customer's device or are available on the Web. 2.0 Indemnification Contractor shall defend, indemnify and hold the city of Kent, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by City's negligence. City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of Contractor and City, its officers, officials, employees, agents and volunteers, Contractor's liability hereunder shall be only to the extent of Contractor's negligence, IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE,TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION.THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. 3.0 Dispute Resolution j 3.1 Best Efforts The parties agree to use their best efforts to prevent and resolve potential sources of conflict before they escalate into dispute, claims,or legal actions. 3.2 Resolution Process The parties agree to use their best efforts to resolve disputes arising out of or related to this Agreement using good faith negotiations by engaging in the following dispute resolution process should any such disputes arise: 3.2.1 Level One—City's project manager and Contractor's project manager shall meet to discuss and attempt to resolve the dispute in a timely manner. If they cannot 2013 D-16 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System resolve the dispute within seven (7)business days, either party may refer the dispute to Level Two. 3.2.2 Level Two-City's Chief Administrative Officer and Contractor's chief executive officer shall meet to discuss and attempt to resolve the dispute in a timely manner. 3,2.3 Litigation-If the parties are unable to settle any dispute, difference or claim within seven (7)calendar days of the commencement of the Level Two escalation,the exclusive means of resolving that dispute, difference or claim,shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County,Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties'performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit City's right to indemnification under Section 4.1 of this Agreement. 4.0 General Terms and Conditions 4.1 Fees and Payment Terms All undisputed invoices are payable in U.S, dollars within thirty(30)days from the date of Contractor's invoice. j 4.2 City Responsibilities and Access City will reasonably cooperate with Contractor and will: 4.2.1 Give Contractor physical access to City's site during normal working hours(or as otherwise agreed), and office space and equipment,telephone service, programming facilities,and other reasonable administrative and infrastructure support as needed for Contractor to deliver services. 4.2.2 Give Contractor remote Internet access to the servers on which the Licensed Software resides. 4.2.3 Make available knowledgeable City staff to answer questions and make decisions when necessary relating to the services being performed by Contractor. 4.2.4 Provide timely responses and approvals to Contractor. 4.2.5 Conduct regular backups of Contractor's servers and all other City data, with backups made available to Contractor if needed for data restoration, 4,2.6 Give Contractor reasonable notice before(1)implementing major updates to the operating system or database management system supporting Licensed Software, (2) moving Licensed Software to a server with different processor characteristics,or(3) hardware on which the Licensed Software resides is moved to a new location in the network. Contractor shall comply with all of City's security procedures regarding such access. Contractor shall use such access solely for performing its obligations hereunder and Contractor shall be liable for any breach of City's systems arising from Contractor's access or use of City's passwords or access rights. 4,3 Confidentiality Parties acknowledge that they may receive information from one another or otherwise in connection with this Agreement or the performance of the services. Except for information in the public domain, unless such information falls into the public domain by disclosure or other acts of disclosing Party or through the fault of the disclosing Party, the receiving Party agrees: 4.3.1 To maintain this information in confidence. 4.3.2 Not to use this information other than in the course of this Agreement. 4.3.3 Not to disclose or release such information except on a need-to-know only basis. i 2013 D-17 j CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System 4.3.4 Not to disclose or release such information to any third person without the prior written consent of disclosing Party, except for authorized employees or agents of receiving Party. 4.3.5 To take all appropriate action,whether by instruction, agreement or otherwise, to ensure that third persons with access to the information under the direction or control or in any contractual relationship with receiving Party do not disclose or use, directly or Indirectly, for any purpose other than for performing the Services during or after the term of this Agreement,any material or Information, including the information,without first obtaining disclosing Party's written consent. The receiving Party is fully responsible for any authorized or unauthorized collection, storage, disclosure and use of, and access to,disclosing Party's proprietary information. Receiving Party shall implement and maintain administrative, physical and technical safeguards that prevent any collection, use or disclosure of, or access to,disclosing Party's proprietary information that this Agreement does not expressly authorize. Such safeguards shall include, without limitation, information security processes or procedures that meet the highest industry standards to safeguard disclosing Party's proprietary information. If Confidential Information is requested to be disclosed by receiving Party pursuant to a request received by a third party and such disclosure of the Confidential Information is required under applicable law, regulation, governmental or regulatory authority, receiving Party may disclose the Confidential Information after providing disclosing Party with written notice of the requested disclosure(to the extent such notice to disclosing Party is permitted by applicable law)and giving disclosing Party opportunity to review the request. If receiving Party receives no objection from disclosing Party within ten (10)days after providing notice to disclosing Party, it may release the Confidential Information. Notice of the requested disclosure of Confidential Information by receiving Party must be provided to disclosing Party within twenty-four(24) hours after receiving Party's receipt of notice of the requested disclosure and, upon disclosing Party's request, receiving Party shall seek to obtain legal protection from the release of the Confidential Information. 4.4 Limitation of Liability Contractor's indemnification applies to all damages incurred by City or third parties,whether actual,direct, indirect,consequential or incidental. Except for Contractor's breach of its confidentiality obligations or damages arising out of Contractor's intentional misrepresentation, gross negligence or willful misconduct, both parties agree that Contractor's liability for any damages relating to this Agreement shall not exceed the greater of: (a) 1.5 times the fees payable to Contractor as provided for herein, (b) the actual amounts received by Contractor during the term, or(c)$2.0 million (two million dollars). 4.5 Remedies i 6.6.1 City Remedies Contractor is responsible for the cure of all breaches of this Agreement within the Cure Period.All such cures shall maintain the same or substantially similar levels of performance and capability of the Licensed Software. If Contractor does not comply with the Agreement within the Cure Period, City may recover damages of the types and within the limitations established in this J Agreement, 4.6 Breach of Agreement The failure of a party to enforce any right under this Agreement may not be deemed a waiver of any subsequent breach of this Agreement. No delay,failure, or default in performance of any obligation by either party, except obligations to make payments hereunder, constitutes a breach of this Agreement to the 2013 p-1 g CITY OF KENT,WA Request for Proposals for a TraiHc Signat Management System extent caused by events beyond the reasonable control of the defaulting or delayed party. 4.7 Communications All binding communications between the parties under this Agreement must be in writing and sent by personal delivery or by receipted delivery service to City at the respective addressee set forth below: City of Kent Attn: Steve Mullen, Transportation Engineer Manager Public Works Department 220 4th Avenue South Kent,WA 98032 4.8 No Hire of Certain Employees Contractor agrees that until one year after the termination and non-renewal of Maintenance, Contractor will not hire, employ, retain (directly or indirectly), or contract for services directly with any current or former employee of City, without receiving prior written consent from City. 5.0 Effective Date Although executed between the parties at or near the time of commencement of the implementation phase of Contractor's products and services,and although the parties acknowledge that they are bound by the terms of this Agreement,this Software License and Maintenance Agreement shall take effect when the agreement has been fully executed by both parties. IN WITNESS,the parties below execute this Agreement. CONTRACTOR: CITY OF KE T✓—> By� By: (signature) -(signature Print Name: ;`GI'L (��llhCi a/ Pri t Na uzette Cooke Title SLwrc ✓ /I 5S0c,"cc7t� Title__ _ _ Mayor L/ Date: ��L// l Date: 7 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Doug Terry,P.E. Stephen Mullen,Transportation Engineer Aegis ITS Manager 3360 East La Palma Av City of Kent Anaheim,CA,92806 Kent,WA98032 714-575-5701 (telephone) 714-630-1973(facsimlle) (253)856-6585 (telephone) APPROVED AS TO FORM: Kent Law Department 2013 D-19 i � I CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System I Exhibit A STANDARD SOFTWARE LICENSE AND MAINTENANCE AGREEMENT Consideration and Payment Schedule for Aegis ITS LICENSE FEES 1. On execution of this Agreement(20%):$39,933.77 2. Upon satisfaction of delivery of Licensed Software(80%):$159,735,10 Unless Contractor is notified in writing of specific Type A or B Malfunctions, the City shall provide written certification of satisfaction of Licensed Software delivery once the last installed module of the Licensed Software is has been in Productive Use for 90 days. In the event that acts beyond the reasonable control of either party delay achievement of the Licensed Software delivery, any applicable delivery schedule shall be extended by a period of time equal to the time lost because of any such delay. In the event that the Contractor is notified of specific Type A or B Malfunctions, the 90-d2y period shall begin again once all identified Malfunctions have been corrected. ANNUAL SUPPORT AND MAINTENANCE FEES Contractor will invoice the City based 60 days prior to the beginning of the maintenance period.The first payment, in the amount of$12,929 and covering a period of 12 months,will be due upon the beginning of year two-use of the software. At each renewal period, Contractor may request price adjustments 60 days prior to the renewal date. In no event should any annual maintenance fees for any software products be increased by more than the lower of: (a)three percent(3%)of the previous year's maintenance fees. In no event should the maintenance factor used to calculate the annual maintenance fees exceed the—then current factor used generally by the Contractor to calculate annual maintenance fees for other licensees in the United States. ADDITIONAL LICENSES i The City shall have the right to purchase additional licenses as needed at the same unit price in the order form for two (2) years after the signing of this Agreement. Thereafter, annual adjustments for CPI may be applied to these unit prices. The City shall pay additional Maintenance for additional licenses at the same rate paid by the City for its then-current Maintenance program.When additional licenses are purchased during a then-current Maintenance period, fees shall be prorated to reflect the amount due for the remainder of the Maintenance period, i i 2013 D-20 Exhibit B Software License Agreement Centracs®Advanced Traffic Management System Software Centrar a Software License Agreement(ISLA) INTORTANTI READ CAREFULLY: This Connors SOFTWARE,license Agreement("ISLA")is a legal agreement between City/Agency("Licensee")and Econolite Control Products,hic,("Licensor")for any and all Centracs'software product(s),which includes computer software and associated media,printed materials,and"Online"or electronic documentation("SOFTWARE")provided under the Agreement for Professional Services contmc6IIy installing,copying,or otherwise using the SOFTWARE,you the License agree to be bound by the terms of this ISLA.If you do not agree to the terms of this ISLA,you may not use the SOFTWARE. SOFTWARE License The SOFTWARE is protected by copyright laws and international copyright treaties•as well as other intellectual property laws and treaties.The SOFTWARE is licensed,not sold. 'Phis ISLA grams you the following rights: • Yon may install and use the Centracs C can mmit'alions Server SOFTWARE on one(1)compiter(s)located on City/Agency premises. • You may install yid use the Cenhttcs Traffic Applicalionstl'file Server SOFTWARE on one(1)computer(s)located on City/Agency premises. • You may install and use the L'en/racs works(ation SOFTWARE on two(2)worksation(s)located on the premises ofCigdAgency or agency par beas/consultantra • You may not reverse engineer,decompile,or disassemble the SOFTWARE,except and only to the extent that such activity is expressly permelted by applicable law,notvithslanding this limitation. • The SOFTWARE is licensed as a single product Its component parts may not be separated for use on more than one computer. • You may not rent or lease the SOFTWARE. • Without prejudice to any other rights,Econolite Control Products,ilia.may lean finale this ISLA if you fail to comply with file terms and conditions of this ISLA.In such event,you must destroy all copies of the SOFTWARE and all of its component parts. SOFTWARE Ownership Any Cerrrmes soltavara("Software")that is made available from Econolite Control Products,is the copyrighted work of EConolite Control Products,Inc.and/or its suppliers or others that have licensed material to Ewnolite Control Products,Inc..Use of the SOFTWARE is governed by these Terms of Use and ISLA contained therein. The SOFTWARE is made available for use by customers of Econolite Control Products,Inc.and/or its subsidiaries,distributors,authorized agents or representatives or suppliers,according to this ISLA.Any reproduction Or redistribution of the SOFTWARE act in accordance with the Terms of Use is expressly prohibited by law.You may not install any Cerrrrnes SOFTWARE unless you agree to these Terms office in their entirety. Warranties Econolite Control Products,Inc agrees to provide City/Agency with one year of warranty support of the SOFTWARE beginning upoll completion of acceplance testing ofthe SOFTWARE.This support will cover all SOFTWARE components provided by Econolite Control Products,file..SOFTWARE components provided by others,(including any and all area snaps and intersection graphics)will not be included in this warranty. SOFTWARE Copyright The SOFTWARE is marketed by Econolite Connor Products,Inc.in part under a perpetual license of cerefir copyrighted works of otluas as to certain element and in part as the copyrighted work ofFeconlite Control Products,file, Use of the SOFTWARE is governed by the leans ofthis Agreement,certain oftbe terms of which relate to or incorporate other agreements respecting intellectual property contained in the SOFTWARE. The SOFTWARE is protected by copyright laws and international treaty provisions.Therefore,you must treat the SOFTWARE like any other copyrighted materiel.You may not copy the printed materials acconnpanying the SOFTWARE. Restricted Rights Legend Any SOFT WARE which is provided for or on behalf of the United States ofAmerica or for or on behalfafLicensee,their agencies and/or last ru l entalilies("U.S.Government)is provided with Restricted Rigbis,Use,duplication,or disclosure by the U.S.Government is subject to restrictions as set forth in Federal Acquisition Regulations subparagraph(c)(1)(n)of the Rights in Technical Data and Computer SOFTWARE - clause at DFARS 252.227-7013 or subparagraphs(c)(1)and(2)of the Commercial Computer SOFTWARE-Restricted Rights at 48 CFR 52.227-19.as applicable.The manufacturer is Econolite Control Prod nets,lac.,3360 E,To Palma Ave,Anaheim,CA 92806,(714)630-3700. ANY RIGHT'S NOT EXPRESSLY GRANTED HEREIN ARE,RESERVED. 1.Centracs is a registered trademark of Econolite Control Products,Inc. I Exhibit C An EcondNe Group Company ITS i � I Sample Software Maintenance Agreement This agreement is for Centracs software maintenance to be provided by Aegis ITS(hereafter referred to as"Aegis")to the City of XXX(hereafter referred to as"Agency")as follows: II Products Covered This agreement covers systems maintenance support of the base Centracs system software licensed to Agency. This agreement does not cover third party commercial off the shelf(COTS)software(even if that software is required for correct system opeiation),system hardware,communications equipment,or field equipment and software unless that soft are falls under the base Centracs system software license agreement. Period of Coverage This coverage is valid for one calendar year(I-year)from the commencement date of this agreement. Thereafter the annual fee for systems maintenance agreement may be renegotiated by the patties not less than 60 days prior to the expiration of the period of coverage. Coverage Aegis provides three options for continued software support and annual upgrades: • Bronze—Provides for one annual upgrade for the supported software. Upgrades will be '.. performed via a remote connection provided by the Agency. Technical support and services are provided via remote support. • Silver—Provides one annual upgrade for the supported software. Upgrades will be performed during a one-day(1-day)on-site visit by an Econolite engineer. Technical support and services are provided via remote methods. i • Gold—Provides one annual upgrade for the supported software. Upgrades will be performed I during a three-day(3-day)on-site visit by an Econolite engineer. Informal refresher paining is l provided during the on-site visit along with the upgrade as needed. Technical support and services are provided via remote methods. Technical Support Technical support and service from Aegis shall be provided by remote methods unless on-site support is requested by Agency or Aegis deems necessary. In the event on-site support is provided,Aegis at its option may invoice for time,travel and lodging as identified in the provisions below. Technical support hours of operation: 8:00am to 5:00pm(Mountain Time)/Monday—Friday except fur holidays recognized by Aegis. Support requests received outside normal hours of operation are generally responded to within 24 hours. i Technical Support Contact Information: Local Account Manager or,Phone:714.630.3700 or 800,225.6480 or, Online at www.econolite.com i I ® i uo-jegis An Econollte Group company ITS Provisions 1. Payment is due at the commencement of the annual maintenance period. To be.paid to Aegis within 30 days of Agency's receipt of proper invoice. 2, Aegis may invoice Agency for any time,travel and lodging costs required for support or upgrades. One on-site,annual visit is included for the silver and gold support agreements;additional visits may be unvoiced accordingly. Aegis may invoice up to but not exceed$225.00 per hour. Invoice to be paid to Aegis according to standard payment terms. 3. In the event remote access is granted(required for Bronze agreement),the Agency shall maintain a dedicated telephone line,or VPN(Virtual Private Network)connection for remote access to the system by Aegis. Aegis will provide support services by means judged appropriate by Aegis. Such means may include,without limitation,remote access to Agency computer(s),remote telephone consultations,and the provision of written documentation and other materials to Agency,by mail or electronic means. Response time for requests for remote support shall be kept under 24 hours. 4. In the event that hardware,operating system,or other 3`1 party software,in use by the Customer,is deemed by Aegis not to be sufficient for installation of an Upgrade Release,then the Customer shall be responsible for the cost of any new hardware or software as may be required. 5. In the event that Aegis identifies a fault or failure in software or hardware not covered under this agreement,which affects the operation of the ATMS,then Agency agrees to take prompt action to correct such faults and failures. Upon correction of said failures,Aegis shall ensure that the ATMS is restored and operational within five(5)working days, 6. In the eventthat Aegis identifies a fault or failure in Aegis developed software or manufactured !, hardware covered under this agreement,which affects the operation of the ATMS,Aegis shall ensure ! ! that the system is restored and operational within 5 working days. If the failure is due to third party hardware or software,in by Aegis,Aegis will ensure that the system is restored within 5 days of the third party replacing or repairing the items which they supplied. !! 7. This agreement may be voided at the option of Aegis if Agency modifies any part of the ATMS software where source code has been provided. Aegis will determine,in its discretion,if these modifications impede the ability to provide continued support and system upgrades. 8. A software upgrade may require hardware and third party COTS software(e.g.operating systems, database servers,drivers,etc)upgrades to ensure the performance and functionality of the system. Aegis will provide details ofmirrimum system requirements and the system will be upgraded at Agency's cost to meet or exceed these requirements at least one week prior to the base ATMSI. software upgrade. 9. This upgrade may not support all the functionality of the previous version of the ATMS.Prior to the upgrade,A egis will provide Agency with release notes for the new product that describes new and modified functionality. It is not anticipated that any core functionality will be lost,however support for obsolete field devices may not be included in future system upgrades. 10, There shall be no third panty applications loaded onto any server,workstation or laptop accessing or forming part of the ATMS without the prior approval of Aegis. 11. This agreement specifically excludes damage to the AIMS caused by the following:accident, unusual physical,electrical, electromechanical stress,neglect,misuse,failure of electric power, environmental conditions,transportation,or operating with operating systems,media or other software programs or use with hardware not approved by Aegis. 12. Aegis is not responsible for obsolescence of the ATMS'that may result from changes in Agency computer or informational needs requirements or from changes in Agency's operational hardware or software programs. i j uegis An Econallle Group company ITS 13. Aegis warrants the ATMS will perform as defined in the published product specification provided that: (a)the ATMS is used only with the hardware approved by Aegis acid in accordance with Aegis's documentation and use instructions;(b)the hardware is in good operating condition at all times and is installed in a suitable operating environment and is regularly maintained in accordance with the user documentation provided by Aegis or the manufacturer;(e)any error or defect in the ATMS is not caused by Agency,its employees,agents, contractors,or any third party. 14. Major system upgrades that include new features and functions also include new ATMS user manuals. New documentation is not generated for minor system upgrades to correct errors. Coverage � i Gold $XXX for 1 Year *Price does not include tax Coverage Effective Commences I Year from the date of Cend•acs Acceptance Signatures below indicate contractual agreement with the terms and conditions herein. XXXX: Aegis ITS: Signature Signature i Print Priut Title Title Date i i I i CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System i I i STANDARD IMPLEMENTATION SERVICES AGREEMENT EXHIBIT D PRODUCT ORDER FORM [COMPLETED PRODUCT ORDER FORM FROM THE CONTRACTOR'S PROPOSAL TO BE ADDED AFTER CONTRACTOR SELECTION.] i I I L I II I i 2013 D-22 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System RFP APPENDIX E STANDARD IMPLEMENTATION SERVICES AGREEMENT AGREEMENT FOR CONTRACTOR SERVICES BETWEEN CITY OF KENT AND Aegis ITS, Inc. This Agreement dated Jul 9 201h is made and entered into between City of Kent, hereafter 9 y � Y referred to as—the City and Aegis ITS, Inc.hereafter referred to as"CONTRACTOR." WITNESSETH WHEREAS, CITY requires the services of a contractor to render certain technical and professional services on the Traffic Signal Management System Implementation Project as described below; and WHEREAS. CONTRACTOR has available and offers to provide personnel and facilities necessary to accomplish the work within the required time: i NOW, therefore, the City and CONTRACTOR agree as follows: GENERAL PROVISIONS Article 1. Scope of Consulting Services 1.1 The CONTRACTOR agrees to perform those services which are described in the Statement of Work(Exhibit A)which Is attached to, and incorporated in,this Agreement. Article 2. Authorization 2.1 Specific authorization to proceed with the work described in Exhibit A shall be granted in writing by the City. CONTRACTOR shall not proceed with the work unless it is authorized.This authorization shall set forth the date of commencement of the work and the schedule of progress and completion.The CONTRACTOR shall commence the work immediately upon receipt of a written Notice to Proceed. Article 3. Compensation 3.1 For the services described in Exhibit A which are to be performed by CONTRACTOR, The City agrees to pay, and CONTRACTOR agrees to accept,compensation in accordance with the schedules set forth in Exhibit B, Consideration and Payment Schedule, which is attached to, and incorporated in this Agreement. 2013 E-1 ',. I I. CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System Article 4. Warranty 4.1 CONTRACTOR warrants that: (1) It will perform the Services in a professional and workmanlike manner, in accordance with the standards of performance generally accepted in the software industry In the Puget Sound region. (2) It will strictly comply with the descriptions and representations as to the Services (including performance capabilities,accuracy,completeness,characteristics, specifications, configurations,standards,function and requirements)which appear in this Agreement and in Contractor's response to City's Request For Proposals for a Traffic Signal Management System, dated February 3,2014 and as amended during the best and final offer discussions (3) The Services will not be in violation of any applicable law, rule or regulation,and CONTRACTOR will have obtained all permits required to comply with such law and regulations (4) The Services will not violate, or in any way, infringe upon the rights of third parties, including property, contractual,employment,trade secrets, proprietary information and nondisclosure rights, or any trademarks, license, copyright or patent rights (5) Entry into and performance of this Agreement Is not limited in any way by any loan, security, financing,contractual or other agreement to which Contractor is a party (6) Errors or omissions committed by Contractor in the course of providing services shall be remedied promptly and timely by Contractor at its own expense Article 5. Integration 5.1 This Agreement, its exhibits, CONTRACTOR's Response to the RFP, and CONTRACTOR's demonstration materials represents the entire understanding of the City and CONTRACTOR as to the installation, training and implementation of the CONTRACTOR's products and software. No prior oral, understanding shall be of any force or effect with respect to this Agreement.This Agreement may not be amended, modified or altered except in writing signed by the authorized representative of both parties. Article 6. Ownership of Work Product 6.1 Excluding Licensed Software, all designs, drawings, specifications, notes,artwork,and other work developed in the performance of this agreement are produced for hire and remain the sole property of the City and may be used by the City for any other purpose without additional compensation to the CONTRACTOR.The CONTRACTOR agrees not to assert any rights and not to establish any claim under design patent or copyright laws, 6.2 The CONTRACTOR, for a period of three years after final payment under this contract, will, at the request of the City, furnish (or,if the City so requests, provide access to) all materials of any kind in any format related to this Agreement that the CONTRACTOR has retained at its business location(s)within five(5) business days of the City's request. Unless otherwise directed by the City, the CONTRACTOR may retain copies of all the materials. 2013 E-2 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System Article 7. Performance and Schedule 7A In performing the Services, the CONTRACTOR will comply with the descriptions and representations as to the Services(including staffing assigned, skills of assigned staff, performance capabilities, accuracy,completeness, specifications,standards,function and requirements)set forth in Exhibit A. The City will meet its obligations set forth in Exhibit A. 7.2 Time is of the essence In this Agreement, CONTRACTOR agrees to coordinate its work to ensure its timely completion, no later than September, 2015, and shall immediately notify the City of any anticipated delays or causes or casualties beyond CONTRACTOR's control which may affect the work schedule. CONTRACTOR agrees to complete the work in Exhibit A in accordance with the activity schedule shown in Exhibit A. 7.3 Parties shall not be considered In default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties, including but not restricted to, natural disaster,war, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause. Parties shall make all reasonable efforts to remove or eliminate such a cause of delay or default and shall, upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. Article S. Change in Scope of Work 8.1 The City may request or CONTRACTOR may recommend, that CONTRACTOR perform work in addition to or different from that delineated in the original Statement of Work,and may delete work from the Statement of Work, and/or change the schedule. Upon the City's request for additional or changed work, CONTRACTOR shall promptly provide a cost estimate and written description of the additional or changed work. Prior to any such addition,change, or deletion to the work or schedule change,the City and CONTRACTOR shall negotiate an adjustment of compensation and time for completion. Additional or changed work is subject to contract rates. The parties will agree to the terms or amount of the additional or changed work within twenty-one(21)calendar days, unless they mutually agree to extend that time. If they are unable to reach agreement,they shall resolve the dispute under the claim and dispute resolution process established in this Agreement.The Scope of Work and compensation to CONTRACTOR shall thereafter be as described In Exhibits A and B and shall specify the time for completing the work.All terms and provisions of the Agreement,except as expressly modified by such addition, change, or deletion to the work or schedule change, shall remain in full force and effect, including, but not limited to, "Warranty"and"Insurance and Indemnification."The City will not be required to pay for any additional or changed work rendered in advance of the execution of the modification to the Agreement covering the additional or changed work. The products,work,or services required to fix the software defects in the baseline software will not be considered additional or changed work. Article 9. Termination or Abandonment 9.1 The City has a right to terminate or abandon any portion or all of the work by giving ten (10)calendar days prior written notice. In such event,the City shall be given title immediately to all work products and other documents developed for that portion of the work completed and/or being abandoned.The City shall pay CONTRACTOR for services for any portion of the work being terminated which were rendered prior to termination at the stated contract rates. If said termination occurs prior to completion of any task of the project for which a payment request has not been received, the fee for services performed during such task shall be based on an amount mutually agreed to by the City and CONTRACTOR of the portion of such task completed but not paid prior to said termination.The City shall not be liable for any costs other than the fees or portions thereof which are specified herein. 2013 E-3 i. CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System 9.2 If the CONTRACTOR neglects to perform the Services properly or otherwise fails to comply with the requirements of this Agreement, the City must notify the CONTRACTOR in writing of such default(a—Default Notice). Upon receipt of a Default Notice,the CONTRACTOR must either correct the default at no additional cost to the City, or issue a written notice of its own explaining in detail why it disputes the alleged default, in either case responding within fifteen calendar days immediately following receipt of a Default Notice. If the CONTRACTOR fails to correct the default, or Issue a good faith notice disputing the alleged default,within this fifteen day response period, the City may terminate, in its sole discretion, the entire Agreement or the part of this Agreement relating to the provision of Services subject to the Default, and in such case will be responsible for payment to the CONTRACTOR of only that part of the fee earned by the CONTRACTOR for those Services performed up to the time of communication of such notice of termination to the CONTRACTOR, 9.3 Termination of this Agreement shall not affect any right of action of either party arising from anything which was done or not done, as the case may be, prior to the termination taking effect. Article 10.Dispute Resolution 10.1 The parties agree to use their best efforts to prevent and resolve potential sources of conflict before they escalate into dispute,claims, or legal actions. 102 The parties agree to use their best efforts to resolve disputes arising out of or related to this Agreement using good faith negotiations by engaging in the following dispute f resolution process should any such disputes arise: (1) Level One—The City's project manager and CONTRACTOR's project manager shall meet to discuss and attempt to resolve the dispute in a timely manner. If they cannot resolve the dispute within seven business days, either party may refer the dispute to Level Two. (2) Level Two—The City's general manager and CONTRACTOR'S chief executive officer shall meet to discuss and attempt to resolve the dispute in a timely manner. (3) Litigation—If the parties are unable to settle any dispute, difference or claim within seven calendar days of the commencement of the Level Two escalation, the exclusive means of resolving that dispute, difference or claim,shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County,Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties'performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law, provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Article 14 of this Agreement. Article 11.Limitation of Liability 11.1 Except for(a)the CONTRACTOR'S indemnity obligations hereunder, (b)the CONTRACTOR'S breach of its confidentiality obligations,or(c)damages arising out of the CONTRACTOR'S intentional misrepresentation,gross negligence or willful misconduct, both parties agree that the CONTRACTOR'S liability for any damages relating to this Agreement shall not exceed the greater of(1) 1.75 times the fees payable to the CONTRACTOR as provided for herein, or(2)the actual amounts received by the CONTRACTOR during the term, or(3)2,0 million dollars. 2013 EA I i CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System Article 12.Confidentiality 12.1 Notwithstanding any other provision of this Agreement, the CONTRACTOR acknowledges that the City is a governmental entity in the State of Washington and Is subject to applicable public records law, and that the City may be required to release certain information in response to requests for public information. 12.2 In the event the City receives a public,judicial,or governmental request, requirement, order or otherwise,to disclose any of the CONTRACTOR's information that is confidential under this Agreement, the City will promptly notify the CONTRACTOR in order to provide the CONTRACTOR with sufficient time to object to disclosure of the information. The CONTRACTOR shall be solely responsible for initiating any legal action to prevent or limit the disclosure of CONTRACTOR's confidential information and for any and all expenses relating thereto.The City shall take reasonable and appropriate steps to cooperate with and assist the CONTRACTOR in objecting to or contesting such request, requirement, or order. 12.3 The CONTRACTOR acknowledges that it may receive information from the City or otherwise in connection with this Agreement or the performance of the Services, Except for information in the public domain, unless such information falls into the public domain by disclosure or other acts of the City or through the fault of the City, the CONTRACTOR agrees: (1) to maintain this information in confidence. (2) not to use this information other than in the course of this Agreement. (3) not to disclose or release such information except on a need-to-know only basis. (4) not to disclose or release such information to any third person without the prior written consent of the City, except for authorized employees or agents of the CONTRACTOR. (5) to take all appropriate action,whether by instruction, agreement or otherwise, to ensure that third persons with access to the information under the direction or control or in any contractual relationship with the CONTRACTOR, do not disclose or use, directly or indirectly, for any purpose other than for performing the Services during or after the term of this Agreement,any material or information, including the information, without first obtaining the written consent of the City. 12.4 The CONTRACTOR shall comply with the City's applicable written privacy and security policies that will be provided to the CONTRACTOR. Compliance with the City's policies shall not otherwise relieve CONTRACTOR of its duties to protect the City's Confidential Information. 12.5 The CONTRACTOR is fully responsible for any authorized or unauthorized collection, storage, disclosure and use of, and access to, the City's proprietary information. The CONTRACTOR shall implement and maintain administrative, physical and technical safeguards that prevent any collection, use or disclosure of, or access to, the City's proprietary information that this Agreement does not expressly authorize. Such safeguards shall include,without limitation, an information security processes or procedures that meets the highest industry standards to safeguard the City's proprietary j information. Article 13,Insurance 13.1 The CONTRACTOR shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONTRACTOR, their agents, representatives,employees or subcontractors. (1) The CONTRACTOR shall obtain the minimum scope of insurance, including the types described below: 2013 E-5 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System a. Automobile Liability insurance covering all owned, non-owned, hired j and leased vehicles. Coverage shall be written on Insurance Services Office (ISO)form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage, b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors,products-completed operations, personal injury and advertising injury,and liability assumed under an insured contract.The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. c. Workers'Compensation coverage as required by the Industrial Insurance laws of the State of Washington. d. Professional Liability insurance appropriate to the Contractor's profession and if available to the Contractor. (2) The CONTRACTOR shall maintain the following minimum amounts of insurance limits: a. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. b. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and a$1,000,000 products-completed operations aggregate limit. o, Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and$1,000,000 policy aggregate limit. (3) Other Insurance Provisions include insurance policies to contain,or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: a. The Contractor's insurance coverage shall be primary insurance as respect the City.Any Insurance,self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. b. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party,except after thirty(30)days prior written notice by certified mail, return receipt requested, has been given to the City. c. The City shall be named as an additional insured on all policies(except Professional Liability)as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional j insured shall be attached to the Certificate of Insurance.The City reserves the right to receive a certified copy of all required insurance policies.The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. (4) The CONTRACTOR's insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. i I 2013 E_g I I CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System (5) The CONTRACTOR shall furnish the City with verification of coverage and j original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. (6) The CONTRACTOR shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Article 14.Indemnification 14.1 Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries,damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of Indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE,TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION.THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. Article 15.Successors and Assigns 15.1 All of the terms, conditions, and provisions hereof shall inure to the benefit of and be binding upon the parties hereto, and their respective successors and assigns; provided, however,that no assignment of this Agreement shall be made without written consent of the parties to this Agreement. 15.2 Any attempt by CONTRACTOR to assign or otherwise transfer any interest in this Agreement without the prior written consent of the City shall be void. Article 16.Notices 16.1 Any notice or instrument required to be given or delivered by this Agreement may be given or delivered by depositing the same in any United States Post Office, registered or certified, postage prepaid,addressed to: City of Kent 220 4'h Avenue South Kent,WA 98032 Attn:Steve Mullen, Transportation Engineering Manager I I 2013 E_7 I ' I CtTY OF KENT,WA Request for Proposals foc a Traffic Signal Management System Article 17.Governing Law 17.1 This contract is governed by the laws of the State of Washington.All actions concerning this contract shall be brought in the Superior Court of the State of Washington. Article 18.Conflicting Provisions 18.1 In the event a conflict exists among the following agreements and/or documents that have been dually accepted by the City and CONTRACTOR,the order of precedence for conflict resolution is; (1) Any agreed changes to this Implementation Services Agreement (2) Statement of Work(Exhibit A) (3) Consideration and Payment Terms(Exhibit B) (4) Contractor's Responsibility for Functional Requirements(Exhibit C) (5) The City's Request for Proposals for a Traffic Signal Management System, dated . (6) Contractor's response to the City's Request for Proposals for a Traffic Signals Management System,dated February 24,2014 18.2 All contents of the City's Request for Proposals, dated February 3, 1024,as amended on July 9, 2014 (RFP),and the CONTRACTOR'S proposal, as amended during best and final offer discussions(Proposal),are incorporated into this contract. Article 19.Execution IN WITNESS, the parties below execute this Agreement,which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: > (s(gnature)) (signature) Print Name; /-J`G� b1 uV ,,, '✓ int Na e; Suzette Cooke Title N.' O J,+'_ qS O C/ 17 � _ Tit e: _. Mayor Date: L b Date: NOTICES TO BE SENT TO: T TICES TO BE SENT TO: CONTRACTOR: Y OF KENT: Doug Terry, P.E. phen Mullen,Transportation Engineering Aegis ITS nager 3360 East La Palma Av of Kent Anaheim, CA,92806 Fourth Avenue South t,WA 98032 714-575-5701 (telephone) 714-630-1973(facsimile) (253) 856-5585(telephone) '.. (253)856-6500(facsimile) APPROVED AS TO FORM: Kent Law Department 2013 E-8 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System STANDARD IMPLEMENTATION SERVICES AGREEMENT Exhibit A STATEMENT OF WORK i 1.0 Introduction This fixed price Statement of Work(—SOW)is made by and between Contractor and the City.This SOW documents the roles and responsibilities of the parties, and the Services and Deliverables that the Contractor will provide to the City.The remainder of this Exhibit A consists of the following sections: 2. Definition of Terms 3, Scope 4. Staffing 5. Kent Deliverables B. Contractor Deliverables 7. City and Contractor Responsibilities and Access 2.1 Definition of Terms 2.2 —Agreement means this implementation Services Agreement,including all of its Exhibits and all instruments supplementing,amending,or confirming this Agreement. 2.3 —Amendment means written documentation between Contractorand City evidencing their agreement to change particular aspects of this Agreement. 2.4 —The City means the City of Kent,Washington, 2.5 —ComputerSystem means a computing environment,including servers,operating systems, database management systems,communications components,and necessary peripheral devices. 2.6 —Contractor means Aegis ITS and its successors. 2.7 —Deliverable shall mean all Deliverable work products specified in Exhibit A,Statementof Work. 2.8 —Go-Live means the date upon which the City first uses the Licensed Software for Productive Use. 2.9 —Hardware means the computing equipment upon which the Licensed Software operates. 2.10 —Licensed Software means Contractor's proprietary application software identified in a separate Licensing and Maintenance Contract between the Contractor and the City. 2.11 —Malfunction means a defect of the Licensed Software that degrades its use.Three levels of Malfunction classifications(Type A, Type B, and Type C)are further defined as follows: s is an error, bug, or discrepancy that delays or inhibits the 2.11.1 TypeAMalfunction—Thi g, p y y primary functionality of the Licensed Software or a Malfunction that has the potential to corrupt Licensed Software data. Contractor will respond to all reported Type A Malfunctions within 30 minutes of receiving notification of the Type A Malfunction. Correction of this type of malfunction will begin as soon as the Type A Malfunction is verified by Contractor. Contractor will assign its technical staff immediately for continuous work until the reported malfunction has been resolved. If such a problem is not resolved within 24 hours after receipt of report from Customer, and verification by j Contractor, Contractor will escalate its efforts toward resolution by adding staff and/or sending technical/support staff to the customer's location. 2013 E 9 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System 2.11.2 Type B Malfunction—This is a defect of the Licensed Software that degrades its use. Contractor will respond to all reported Type B Malfunctions within two hours of receiving notification of the Type B Malfunction. This type of malfunction will be corrected within two business days of the verification of the malfunction by Contractor. 2,11.3 Type C Malfunction—This is a condition when the user is attempting to utilize the product in conformance with the User Manual and the resulting condition produces results which are incorrect but the reporting user has other means to work within the limitation of the reported malfunction.This includes all malfunctions that are not considered Type A or Type B. Contractor will respond to all reported Type C Malfunctions within four hours of receiving notification of the Type C Malfunction. This type of malfunction will be corrected within five(5)business days. i 2.12 —Material Malfunction means an error,bug,or discrepancy that delays or inhibits the primary functionality of the Licensed Software or a Malfunction that has the potential to corrupt software data; also an accumulation of non-material Malfunctions that, considered together, satisfies the standard for materiality, Includes all Type A Malfunctions as defined in RFP Appendix D, Section 3.3 to the separate Licensing and Maintenance Contract between the Contractor and the City. 2.13 —Product Order Form means the Product OrderForm(ExhibitDofthisAgreement)entered into by Contractor and City. 2.14 —Productive Use means the Licensed Software is being used by City in a production environment. 2.15 —Release means each issuance of the Licensed Software,identified by the numeral to the left of the leftmost decimal point in the Licensed Software's version designation(i.e., 5.1.0 designates the Licensed Software as part of Release 5). 2.16 —Services are the activities necessary to complete the Contractor Deliverables included in Section 5 of Exhibit A. 2.17—Services Final Acceptance means the date upon which the City accepts Deliverable 17, Configured Licensed software in Productive Use.. 2.18 —Software means the program material in machine-readable orinterpreted form,and may include,where appropriate, listings of either machine code or source code and related materials, including instructions and Documentation provided by the Contractor to the City, including any such programs provided subsequent to this Agreement,and including all copies made by the City. 2,19 —Statement of Work means the scope of work contained in Exhibit A delineating,among other things, the Services that will be provided by the Contractor to the City pursuant to this Agreement. Exhibit A may be amended or modified by mutual specific written agreement of the parties'respective representatives from time to time in accordance with the terms of this Agreement. 3.0 Scope This Statement of Work includes the work effort necessary to install,configure, interface,test, load with data, and implement for Productive Use city-wide Traffic Signal Management System sufficient to meet the functional requirements as listed in Exhibit C, Contractors Responsibility for Functional Requirements. This consists of the Contractor products listed in the following table, as well as any other hardware and software necessary to meet the requirements, including distinct non-production environments necessary to support configuration, testing, and training. If, in order to successfully install and implement Contractor's products and services, Contractor requires the City to purchase third-party hardware or software, Contractor warrants and guarantees that the specified third-party hardware and software products will operate within the performance requirements of the Contractor's system. If those third-party products or services meet the required specifications, but fail to operate within the performance requirements of Contractor's system, then Contractor, at its own cost,shall remedy that failure, including, without limitation, the 2013 E-10 CITY OF KENT.WA Request for Proposals for a Traffic Signal Management System I performance of those products or services in the system,the compatibility of those products and services with Contractor's software, performance and data capacities. Contractor's personnel costs and related expenses due to time spent on problems with those third party products and services(including project delay costs), and any other impact on the City's or the Contractor's software or equipment or the project caused by the third party products or services that affects the overall system operation or performance. I Centracs Base ATMS Advanced Traffic Management Software licensed to Per Signal 150 manage 160 signals with the capability to manage up to signals 300 signals No limit on users 4.1 Staffing Contractor will provide the following key staff to the implementation effort: Nick Ullman Senior Associate Project Manager 144 64 Chris Flores ITS Engineer System conversion 210 64 Keoni Wasano Senior Engineer System conversion 200 64 Donnie Smith System Support Engineer Implementation and 40 32 Training Jeff Waif Account Manager Account Manager N/A N/A Doug Terry c00 Responsible Officer N/A N/A 4.2 Key Contractor Staff;Subcontracting The parties agree that the individuals listed above are essential to the Services to be provided to the City under this Agreement. The parties agree that: (a) Contractor shall not transfer or reassign such individual or individuals without first having obtained the express written approval of the City. If Contractor desires to make such transfer or reassignment, Contractor shall present to the City a qualified replacement. Such replacement shall be subject to the City's prior written approval. The City will respond in writing to all requests for transfer, reassignment, and replacement within ten(10) business days of receipt of the request. (b) Should such individual or individuals no longer be employed by Contractor during the term of this Agreement, Contractor shall present to the City a qualified replacement. Such 2013 E 11 i i CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System i replacement shall be subject to the City's prior written approval. The City will respond in writing to all such requests for replacement within ten (10) business days of receipt of the request. (c) Contractor may not subcontract the Services or any portion of the Services to any third- party(including any independent contractor)without the prior written consent of City,which consent may not be unreasonably withheld. If City consents to the use of a subcontractor, then: (1)Contractor guarantees the subcontractor's performance; (ii)Contractor remains obligated under this Agreement for the performance of the subcontracted Services;(iii) Contractor must enter into a written agreement with the subcontractor obligating the subcontractor to comply with Contractor's obligations under this Agreement; and(iv) City has no obligations to the subcontractor and the subcontractor has no rights or remedies against City. Contractor may not impose on City a surcharge for any subcontractor fees. (d) Contractor will ensure that all staff, including subcontractors and joint venture partners, pass criminal background checks prior to beginning work under this Agreement.The results of the background checks will be reported to the City project manager before staff begins work on the project. 4.3 Right of City to Reject Employees or Subcontractors The City shall have the right to reject any of Contractor's employees or subcontractors whose qualifications or performance in the City's good faith and reasonable judgment do not meet the standards established by the City as necessary for the performance of the Services, provided that such rejection does not violate any applicable law or government regulation. 5.1 Contractor Deliverables This section defines the Deliverables that Contractor will create under this Agreement, along with associated acceptance criteria.At the City's option, a Delivery Expectation Document(DED)and a structured walkthrough may be required for each Deliverable. 5.2 Performance of Services Contractor will render all Services in a professional and workmanlike manner and in compliance with all schedules, timelines, and specifications agreed by the parties. In performing the Services, Contractor will comply with the descriptions and representations as to the Services (including staffing assigned, skills of assigned staff,performance capabilities, accuracy, completeness, specifications, standards,function and requirements)set forth in this Exhibit A. All Services will be coordinated with City's designated representative. Contractor shall use its best efforts to cooperate with City personnel and any other third parties that City hires to perform work related to the Services. Contractor shall use access rights granted solely for the proper execution of its duties and not to make them accessible or to disclose them to any third persons. Contractor shall not breach City's security and shall not compromise the physical or network integrity or security of City's facilities and equipment. For a given activity, all labor effort not explicitly assigned to City staff will be performed by Contractor personnel. i 2013 E-12 '''� I , CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System 5.3 Acceptance of Services All Services rendered will be accepted in accord with Deliverable acceptance criteria specified below. i Deliverable 1 Baseline Detailed Project Schedule(written) Purpose Before significant work occurs,a mutually agreed-upon project schedule is required to serve as the baseline for the project, and to identify the specific tasks and resource levels necessary to timely deliver the elements in the Statement of Work. Content. A hierarchical work breakdown structure, including task schedules and resource assignments broken down to a sufficient level of detail to allow effective project control. i I 'Acceptancee The City project manager will provide comments on the baseline detailed project plan r within 5 business days of receipt. If comments are received,the City project manager and the Contractor will mutually agree on timeframe and steps for finalizing the Deliverable for City approval and acceptance. xCity; ` Provide input to facilitate Contractors development of the detailed project schedule. ,! Responsibility' '. 'Other Initial project plan to be delivered within two (2)weeks following project initiation. :i Project plan updates will be made as mutually agreed by project managers.This Deliverable will be provided as a Microsoft Project 2010 file. I Deliverable 2 ; i' Hardware Specifications (written) Purpose To provide the City with all necessary specification to enable preparation of the City's data center for installation of the Hardware and Licensed Software at least 45 days prior to the scheduled installation. Hardware and system software shall have sufficient v , capacity to provide reasonable response time to the City's users for all online transactions, ad hoc queries,and scheduled reports. .Contents Detailed specifications of the hardware and associated environmental requirements for S the proposed system. Acceptancel The City will provide comments on the Hardware Specifications within 15 business days of receipt. C , If additional drafts are required before acceptance of the Hardware Specifications,the :( City will provide comments on the Hardware Specification within 15 business days of - :' receipt. If comments are received, the City project manager and the Contractor will mutually agree on timeframe and steps for finalizing the Deliverable for City approval and acceptance. City Provide information necessary to support specification development. Provide timely [2espon5iblllfy , `. review of hardware specification Deliverables. Other . is I 2013 E-13 i CITY OF KENT.WA Request for Proposals for a Traffic Signal Management System Delhierable 3 Meetings and Status Reports(written/activity) Purpose To provide clear on-going communications to any and all interested parties concerning the status of the project. Gontenf 1. A semi-monthly report containing sufficiently detailed information to enable the City to determine the status of the project and of any variance from the detailed project plan.The status report will include, at a minimum: (a) Technical status of the project including Deliverable status,configuration status,and forecasted Deliverable status for the next reporting period (b) Resource status for the project including staff utilization. (c) Schedule status for the project Including task status,milestones completed, phases completed,schedule trends and schedule summary (d) Issues, risks,and resource constraints which are affecting or could affect progress including the proposed or actual resolution _ (a) Proposed changes to the project schedule, reasons for the changes, and approval/disapproval determination for any proposed changes x (f) Updated detailed project schedule with approved changes highlighted 2. Weekly project status meetings will be held with the project team;the project schedule and schedule will be updated for these meetings at least hi-weekly.The purpose of these meetings is to track project progress and Deliverable status, evaluate any corrective actions that may be required, and to plan the following week's project activities. Changes to the project schedule to mitigate issues and risks to ensure the project remains on schedule will be the primary focus of these meetings ., 3. The Contractor is also expected to conduct stand up meetings on an as-needed I. basis with targeted audiences to facilitate the resolution of critical issues,prepare for go live, and to provide post-implementation support. Acceptance si The City project manager will provide comments on the status reports within five(5) .' business days of receipt. If comments are received,the City project manager and the Contractor will mutually agree on a timeframe and steps for finalizing the Deliverable for ; City approval and acceptance, City• -i Ensure decisions are made timely and work with the executive steering committee and J Responsibility the care project team to keep the project on track. Other ` '. Status reports will be due on the Viand and 15"days of the month, or the first working day thereafter. Reports should be delivered via email. �I I i 2013 E-1 4 i ' CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System I Deliverable if Installation Certification(software/written) Purpose, Certify the successful installation of the Hardware and Licensed Software in the City's data center or other specified location,and that the test and production environments are functioning as necessary to support the implementation effort. Content, A signed document warranting and certifying that the Hardware and Licensed Software has been installed in the City's development and production environments,that the Licensed Software works as intended,that the installation has not degraded use of other City computer systems,that user authentication Information is correctly shared with the City's network user authentication application and that the Licensed Software can be accessed via the network and can communicate with other City network resources necessary for the full functioning of the Licensed Software. The document will also summarize the components installed and describe the means used to verify _ the installation. Acceptance The City's project manager will provide comments on the Installation Certifcation Deliverable within 5 business days of receipt. If comments are received,the City project manager and the Contractor will mutually agree on timeframe and steps for finalizing the Deliverable for City approval and acceptance. City - ? Ensure hardware, system software, and database management system, and other Responsibility necessary technical components are timely purchased, Installed, and configured in preparation for installation of the Licensed Software. Other I I i it i i i i 2013 E-15 II CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System Deliv`era4le 5 " System Configuration Reports (written-one report per city business process) Purpose To identify gaps where the hardware and/or the software cannot be configured to t meet desired business processes and suggest resolutions for those gaps as well as % to clearly communicate the system configuration,including decisions made and the logic behind the decision. li Content. `, I A document that effectively describes the entire system configuration,including decisions made and the logic behind the decision.The individual reports will identify '.. specific business activities that cannot be automated with the licensed software, j suggest alternative solutions,identify related impacts,and recommend a solution. This Deliverable will confirm the shared understanding between the City and contractor of the requirements and the method by which they will be satisfied during the implementation of the Licensed Software. It must identify existing requirements that must be revised or clarified for unambiguous interpretation and address additional requirements identified during work sessions with City stakeholders. The Deliverable must include a traceability matrix,from the completed requirements to he used throughout the remainder of the development effort,and particularly in mapping user acceptance test criteria back to the requirements. Acceptance 4 ° The City will provide comments on each System Configuration Report within 15 business days of receipt. If additional drafts of a report are required before acceptance of a Final Report,the City i' will provide comments on each such Draft System Configuration Report within 15 business days of receipt. If comments are received,the City project manager and the Contractor will mutually agree on fimeframe and steps for finalizing the Deliverable for f I- City approval and acceptance. C�tys Make subject matter experts available as necessary to facilitate Contractor's Responsibility development of the System Configuration Reports. Other ,i.`. ' The City will work with Contractor to develop an agreed table of contents for the reports prior to their development. �I 2013 E-16 I CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System � I -Deliverable 6 - Configured Software Ready for Test(software) Purpose :: To deliver functional and licensed software to the City configured in accord with the System Configuration Reports and ready for testing,including the set up and delivery of '.. up to 15 traffic signals of the City's choosing. Content' : the configured Licensed Software, installed on the Clty's Computer System. I'I .'Acceptance The City,in its sole discretion,will certify in writing that the Licensed Software works as z,1 VI intended and is ready for user testing within 5 business days of its installation. City,-, . The City will work with the Contractor to develop a list of up to 15 traffic signals and the Respons_ibiirty ,• necessary attributes as part of the business process analysis activities.The City will test the data set-up as part of its overall testing responsibilities.The City will accept the - Traffic Signal Management System data set-up when they operate free of defects. The City will make an evaluation team and subject matter experts available to answer questions necessary to support Contractor's configuration of the Licensed Software for '.. up to 400 hours. Other III i i I I i I 2013 E-17 ''... CITY OF KENT.WA Request for Proposals for a Traffic Signal Management System Deliverable.? Draft and Final Test Plans(written) Purpose? To define the approach for testing of the Licensed Software. Content. A document that: 1. Defines the overall testing process, including unit,system,acceptance,field,and r performance testing 1 2. Provides a content outline to guide development of test scripts for unit,system, acceptance,field and performance testing 3. Includes at a minimum 5 test scripts developed by the Contractor to serve as a guideline for the City's development of remaining scripts a 4. Defines a mechanism for tracking test performance and completion 5. Defines procedures for managing the test environment,including change control rt 6. Defines procedures for assigning severity to problems encountered rAcceptance; `- The City will provide comments on the Draft Test Plan within 10 business days of receipt. The City will provide comments on the Final Test Plan within 5 business days of receipt. If additional drafts are required before acceptance of the Final Test Plan,the City will provide comments on each Draft Test Plan within 10 business days of receipt. If comments are received,the City project manager and the Contractor will mutually agree on timeframe and steps for finalizing the Deliverable for City approval and '.. acceptance. City , Provide input to assist with development of the test plan Deliverables. Provide timely Responsibility review of test plan Deliverables. Develop detailed test scripts. other; The City will work with the Contractor to develop an agreed table of contents far the Test Plan prior to its development.The Contractor is responsible for developing the test methodology and acquiring any necessary automated testing cools and bug frocking software.The Contractor will also be responsible for training city staff on test methodologies and the proper use of the test tools selected to script and perform test cases and document test case results. The Contractor is responsible for identifying the appropriate corrections required to successfully complete all test cases. Before the Contractor can progress to the next phase of testing the Contractor must satisfy the City's Protect Team that the appropriate tests have been conducted and the expected results were obtained. 2013 E-18 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System i Del!VWbte 8 ' Draft and Final Data Conversion Plans (written) Purpose ' +` To define the approach and schedule for converting historical data to the new Licensed Software and for populating data fields that must be completed prior to Productive Use, Content: A document that: 1. Identifes the data to be converted, including mapping that cites specific data ' sources and destinations for each field 2. Defines necessary conversion algorithms ''' 3. Defines roles and responsibilities associated with data conversion and field population 4. Identifies all data elements in the licensed software that must be populated prior to Productive Use,including those with no source data in the City's legacy systems ' -1 5. Provides a plan for ensuring that the Licensed Software is appropriately populated with all necessary data prior to Productive Use 6. Provides a plan for testing the converted and populated data In the Licensed Software for accuracy and consistency Acceptance a. The City will provide comments on the Draft Data Conversion Plan within 15 business is days of receipt. The Citywill provide comments on the Final Data Conversion Plan within 10 business days of receipt. If additional drafts are required before acceptance of the Final Data Conversion Plan, the City will provide comments on each Draft Data Conversion Plan within 10 business days of receipt. If comments are received,the City project manager and the Contractor 'I will mutually agree on timeframe and steps for finalizing the Deliverable for City approval and acceptance. `City ` With advice from Contractor,decide what data and how,much data to convert. Provide Responsibility " ' input to assist with developing the data conversion plan. Provide timely review of 'I associated Deliverables. Other The City will work with Contractor to develop an agreed table of contents for the Data Conversion Plan. i .Deliverable 9 Migrated Data Ready for City Validation (software) I Purpose: To translate or install the data from the existing system into the new system. Content.: i Data input into the system databases to be,used for testing. Acceptance Provide necessary access to data to support data migration. City. The City will examine the migrated data as part of its overall testing responsibilities.The Responsibility City will accept the Migrated Data when it appears free of Defect(s). OtheY ` If 2013 F 19 i CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System Deliverabla;W Installation Architecture Specifications(written) Purpose :'i To concisely document the Licensed Software's architecture and Interfaces in a manner -- understandable to all project participants. Content This specification must document: f 1. The major modules of the software and the interfaces between them 2. For each software module, the major data inputs,functions to be performed,and major data outputs 3. All external interfaces,including a description of the information sent and received, and the method and timing of the Interface 4. Data structure definitions, Including the description of each element(e.g.,name, type.,and dimension), relationships between elements(structure), range of possible values of each element,and initial values of each element 5. The hardware specifications required to run the system, including server architecture,database, application,internet,and other servers and associated data storage devices 6. A security plan for user access rights and a template to guide the City's development of a comprehensive security plan This Deliverable also includes review and comment of the City's comprehensive security plan. ,Acceptance '. The City's project manager will provide comments on the installation architecture specification within 15 business days of receipt. If comments are received,the City I; project manager and the Contractor will mutually agree on timeframe and steps for finalizing the Deliverable for City approval and acceptance. City. )' Provide input to assist with developing the Installation Architecture Specification. ResponsfbM ' ;` Provide timely review of associated Deliverables. "Other " is The Contractor must prepare presentation materials and conduct an in-depth, structured walkthrough of the solution architecture with technical and non-technical project team members to allow for early detection of possible architectural design flaws, L. encourage early participation by non-technical staff,and identify improvement opportunities. I 2013 E-20 CITY OF KENT WA Request for Proposals for a Traffic Signal Management System Deliverable 11' Draft and Final Training Plans (written and activity) -Purpose To define the approach and schedule for end user and systems operation training, and deliver train-the-trainer training to city staff. ,ContGnt, JI A document that: 1. Outlines the necessary classes and curriculum for each class i 2. Provides a content outline to guide development of classroom materials 3. Identifies City attendees and instructors ' 4. Provides a training schedule a 5. Provides a mechanism for tracking completion of training 0. Stabilization support and spot training The Contractor will provide end user training to selected city staff who will then In !I administer training within his or her functional area or similar role(e.g., permit technician, reviewer,project manager, inspector,online permitting/service). 'Acceptance 1' The City will provide comments on the Draft Training Plan within 10 business days of receipt. \ The City will provide comments on the Final Training Plan within 5 business days of receipt. If additional drafts are required before acceptance of the Final Training Plan, the City r will provide comments on each Draft Training Plan within 10 business days of receipt. If comments are received,the City project manager and the Contractor will mutually agree on timeframe and steps for finalizing the Deliverable for City approval and 9 P 9 y PP acceptance. City" 4." Provide information necessary to support training plan development. Provide timely Responsibility. review of training plan Deliverables.The City will develop training classroom materials for end users. Other The City will work with Contractor to develop an agreed table of contents for the Training Plan prior to its development. I 2013 E-21 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System Deliverable 12 Site Customization Document(written) Purpose r. To guide City business staff with the use and ongoing configuration of the licensed s' hardware and software as it may have been customized for this installation. Content Documentation that supports city-specific business use of the hardware and software and provides guidance to end users in correct execution of user-performed application maintenance and configuration activities. Includes site-specific customizations and usage considerations. Acceptance J The Citywill provide comments on the Draft Site Customization Document within 10 business days of receipt.The City will provide comments on the Final Site Customization Document within 5 business days of receipt. If additional drafts are required before acceptance of the Site Customization Document, the City will provide comments on each Draft Site Customization Document within 10 > business days of receipt. If comments are received,the City project manager and the 'i. Contractor will mutually agree on timeframe and steps for finalizing the Deliverable for City approval and acceptance. City Provide information necessary to support document development.Provide timely Responsibility review of Site Customization Document. Other' ' The City will work with the Contractor to develop a mutually agreeable table of contents for the Site Customization Document prior to this development. I i i I i I I i I I I II II 2013 E-22 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System Deliverable l,17 Draft and Final Go-Live and Stabilization Plans(written) Purpose To define the steps necessary for a successful Go-Live and subsequent stabilization of the Licensed hardware and software. _Content.:., The Go-Live and Stabilization Plan will consist of a detailed task plan,including a '. readiness checklist and resource assignments,to support moving the Licensed r Software Into Productive Use. It will include a data load and conversion plan and a contingency plan in the event that the Go-Live fails. It will also include a stabilization plan that details Contractor's commitments to stabilization and the transition to full support by City staff. Acceptance The City will provide comments on the Draft Go-Live and Stabilization Plan within 10 ICI business days of receipt. The City will provide comments on the Final Go-Live and Stabilization Plan within 5 business days of receipt. If additional drafts are required before acceptance of the Final Go-Live and Stabilization Plan,the City will provide comments on each Draft Go-Live and Stabilization Plan within 10 business days of receipt. If comments are received,the City project manager and the Contractor will mutually agree on timeframe and steps for finalizing the Deliverable for City approval and acceptance. City" Provide information necessary to support document development. Provide timely Responsibility review of Stabilization Plan Deliverables. Other, , The City will work with Contractor to develop an agreed table of contents for the Go- Live and Stabilization prior to its development. Deliverable 14 Technical Operations Manual (written) Purpose; -' To guide City staff in the technical operation and maintenance of Licensed hardware and software after implementation. Includes site-specific customizations and operational considerations. ton tent The Conti actor will deliver a Technical Operations Manual that describes the procedures necessary to operate and maintain the Licensed Software. AceepAance k The City project manager will provide comments on the Technical Operations Manual within 15 business days of receipt. If comments are received,the City project manager and the Contractorwill mutually agree on timeframe and steps for finalizing the Deliverable for City approval and acceptance. City ". The City will work with Contractor to develop an agreed table of contents for the Responafbihty Technical Operations Manual prior to its development. I I I 2013 E-23 CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System i I i 6.1 City and Contractor Responsibilities and Access City will be responsible for the proper configuration, installation, and maintenance of the Computer System as required by Contractor or the manufacturer, and for providing and installing any hardware, programming,or other materials to be provided by City. City will provide utilities(Including heat, light, power, and air conditioning)for operation of the Computer System in accordance with Contractor's and any third party contractor's requirements. In connection with Services. City will reasonably cooperate with Contractor and will: (a) Give Contractor physical access to the City's site during normal working hours(or as otherwise agreed),and office space and equipment,telephone service, programming facilities,and other reasonable administrative and infrastructure support as needed for Contractorto deliver services; (b) Give Contractor remote Internet access to the servers on which the Licensed Software resides; (c) Make available knowledgeable City staff to answer questions and make decisions when necessary relating to the business and functional aspects of the services being performed by Contractor; (d) Provide timely responses and approvals to Contractor; (a) Conduct regular backups of the City's servers. Contractor shall comply with all of City's security procedures regarding such access. Contractor shall use such access solely for performing its obligations hereunder and Contractor shall be liable for any breach of City's systems arising from Contractor's access or using City's passwords and access rights. 1 it i 2013 E-2h i CITY OF KENT WA Request for Proposals for a Traffic Signal Management System STANDARD IMPLEMENTATION SERVICES AGREEMENT EXHIBIT B CONSIDERATION AND PAYMENT SCHEDULE PAYMENTSCHEDULE The City shall make payments based on the Deliverables defined in this Agreement.The Deliverables to be furnished by the Contractor and associated payment milestones are identified in the table below. Payment shall be contingent upon the City's signed acceptance of the Deliverables and require a Contractor's signed certification memo of completion that identifies the Deliverable(s)being invoiced.City acceptance will not be unreasonably withheld (to be negotiated with the Contractor after Contractor selection). Deliverable 1:Baseline Detailed Project Schedule $ 4,767.961 $ 715.1 E $4,052.7 Deliverable 2: Hardware Specifications $ 1,113.1 $ 166-97 $946.1 Deliverable 3: Meetings and Status Reports_ $ 19,073.1 $ 2,860.97 $16,212.1 Deliverable 4:Installation Certification $ 1,113,1 $ 166.97 $946.1 Deliverable 5:System Configuration Reports $ 6,071.3 $ 910.71 $5,160.6 Deliverable 6:Configured Software Ready for Test $ 6,294.2f $ 944.14 $5,360.1 Deliverable 7: Draft and Final Test Plans $ 6,453.3 $ 967.9 $5,485.3 Deliverable 8: Draft and Final Data Conversion Plans $ 2224.9 $ 333.74 $1,891.2 Deliverable 9: Migrated Data Ready for City Validation $ 10,371.4 $ 1,555.71 $8,815.7 Deliverable 10:Installation Architecture Specifications $ 3 417.6 $ 512.64 $2,904.9 Deliverable 11.,Draft and Final Training Plans $ 6,6, $ 1,001A3 $5,674.7 Deliverable 12:Site Customization Document $ 2,034.66 $ 305.2C $1,729.4 Deliverable 13:Go-Live and Stabilization Plan $ 2,304.47 $ 345.67 $1,958.8 Deliverable 14:Operations Manual $ 921 Z $ 138.23 $783,3 Flexible-use hours $ 29,246.43 $ 4,38696 $24,859A $ 102,080 56 $ 15,312.5 $86,771.0 The above payments represent a firm,fixed price for all services necessary to meet the City's requirements as documented in this Agreement. Changes to the schedule contained in the Baseline Detailed Project Schedule caused by Contractor's performance shall not entitle Contractor to additional compensation. Amounts due the City as damages may be deducted by the City from any money payable to Contractor pursuant to this Agreement. The City shall notify Contractor in writing of any claim for damages prior to the date the City deducts such sums of money payable to Contractor. City will reimburse Contractor for all necessary travel that is approved by Contractor's and City's project managers. Reimbursement will be in accordance with City travel policies,which allow reimbursement for coach airfare,actual lodging cost, and meals and incidental expense at allowable rates. Contractor will use good faith, diligent efforts to minimize such expenses. All undisputed amounts on each invoice delivered to the City by Contractorshall be due and payable within thirty(30)days of receipt thereof by City. Each invoice must detail the services provided.All invoices for services rendered will include, at a minimum, the type of service being performed as defined by the subcategory of the task from the Statement of Work, a breakdown of on-site vs. off-site time, the total hours,the employee, and the period covered.This detail can either be included in the body of the i I j li 2013 E-25 I i CITY OF KENT,WA Request for Proposals for a Traffic Signal Management System invoice or through a detail supplement that will be provided in conjunction with the invoice, such as a report or spreadsheet. RETAINAGE PAYMENT A withholding of fifteen (15)percent will be retained from every invoice amount paid to the Contractor for professional services under this Agreement. One-half of the amount withheld to date will be paid upon Go-Live.One month after Services final acceptance, the remaining balance will be paid. it l I I i 2013 D-26